Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2002 FBO #0264
SOLICITATION NOTICE

74 -- PageStamp machine

Notice Date
8/21/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ860150
 
Point of Contact
Joseph Fields, Contracting Officer, Phone 202-324-2951, Fax 202-324-8031,
 
E-Mail Address
gcu@fbi.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ)#860150. The provisions and clauses incorporated are those in effect through Federal Acquisition Circular #2001-07. this solicitation is under the Simplified Acquisition Procedures (SAP) and is a 100% Small Business Set-side. NAICS code is 333315 and the Business Size Standard is 500 employees. A Firm-Fixed price contract will be awarded. The Brand Name or Equal products shall meet or exceed the following salient characteristics: PageStamp, Model # 5760, a high-speed bates numbering system for processing of litigation documents. Requirement: this machine shall have the following capabilities: Performance: this machine shall perform at a maximum speed of 200 pages per minute and two-side printing at full rated speed. Document Handling: Maximum input shall be unlimited and maximum paper weight must be 80 lbs. Paper Size: Maximum paper size 8.5 x 11 inches, Maximum paper size 8.5 x 14 inches. Printing Capability: Single and/or double-sided printing, one or two line printing, and full alphanumeric capablilites. Printing Colors: Black, Red, blue, and Green. Numbering Mode: 9 digit numbers with leading zeros, ascending and fixed numbers, bar code enabled (optional), User programmable start number. Prefix: 6 characters and Suffix. 4 characters. Message length: 40 characters and/or symbols. Fonts Type: 14 point Courier. Printing Resolution: 600 x 300 DPI. Job Management: Stores up to 256 job setups, stores last number used and job interrupt feature. Output Tray Capacity: 750 sheets: Noise Levels: Standby 55 db. and Operating 65 db. Dimensions: Weight: 180 lbs., Length: 48 in. Width: 24 in and Height: 45 in. Power Requirements: 110 Vac/8 amp. Special Features: RS 232 port enables connection to copy control systems for accurate cost recovery. Remote diagnostics using standard modem connection to facilitate maintenance and troubleshooting. The above characteristics are intended to be descriptive, but not restricted. Unless clearly marked that the vendor is quoting on an equal item the offered item shall be considered as the brand name product referenced in this announcement. If the vendor proposed to furnish an equal product, the brand name, if any, of the product to be furnished shall be inserted on the bid. The evaluation of quotations and the determination as to the equality of the product shall be the responsibilities of the Government and will be based on information furnished by the vendor. The purchasing activity is not responsible for locating or securing any information which is not identified in the quotation and reasonably available to the purchasing activity. To insure that sufficient information is available, the vendor shall furnish as part of their quotation all descriptive material (such illustrations, drawings or other information) necessary for the purchasing activity to determine whether the product meets the salient characteristics of the requirement. If the vendor proposes to modify a product so as to make it conform to the requirements of this announcement they shall include a clear description of such proposed modification. A Standard Commercial warranty is required. FOB-Destination--Cleverly Industrial Park, 2400 Schuster Drive, Cleverly, MD 20781, Room 8634-0001 within 30 days of ARO. Quotes should be submitted to FBI Headquarters to the attention of the Contract Specialist, no later than 4:30 p.m., EST, 08/30/02, clearly marked with RFQ #860150. Bidders are hereby notified that if your bid is not received by the date/time and at the location specified in this announcement, it will be considered late. The following FAR clauses and provisions are applicable and can be obtained by using the Internet, http://www.acqnet.gov: FAR 52.212-1, Instructions to Offerors?Commercial Items (OCT 2000); FAR 52.212-2 , Evaluation--Commercial Items (JAN 1999); FAR 52.212-4, Contract Terms and Conditions--Commercial Items (FEB2002); and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (MAY 2002). Each offer shall include a copy of : FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (MAY 2002). Justice Acquisition Regulations, 2852.233-70, Protest Filed Directly with the Department of Justice (JAN 1998), is incorporated by reference. 52.212-2 Evaluation--Commercial Items (JAN 1999). Past performance information shall include at least three of your most recent customers within the last three years to whom you have sold the same or similar products. Contractors shall submit a warrant consistent with customary commercial practices. Fax quotes will be accepted at (202) 324-8031 or 8040. Telephone requests will not be honored.
 
Place of Performance
Address: Cheverly Industrial Park, 2400 schuster Drive, Cheverly, MD Room 4913
Zip Code: 20781
Country: us
 
Record
SN00146597-W 20020823/020821213332 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.